Loading...
HomeMy WebLinkAboutResolution - 2002-R0362 - Change Order To Contract - Brown-Mckee, Inc. - 09/17/2002Resolution No. 2002-RO362 September 17, 2002 Item No. 40 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Change Order No. 1 to a contract (Bid No. 096-02BM) with Brown -McKee, Inc., for an addition to house controls for additional pumps being installed at the Lubbock Water Reclamation Plant, a copy of which Change Order No. 1 is attached hereto and which shall be spread upon the minutes of this Council and as spread upon the minutes of this Council shall constitute and be a part hereof as if fully copied herein in detail. Passed by the City Council this 17th ATTEST: Rebecca Garza, City Secretary day of September 2002. XARcD' AL, MAYOR APPROVED S TO CONTENT: C ester Carthel, Chief Engineer -Public Works APPROVED AS TO Donald G. Vandiver, First Assistant Attorney DDres/ChangeOrderPump.res July 18, 2002 Resolution No. 2002—RO362 September 17, 2002 CITY OF LUBBOCK Item No. 40 CHANGE ORDER CHANGE ORDER #: 1 CONTRACTOR: Brown -McKee Inc. DATE: 07-08-02 CITY OF LUBBOCK BID#: 096-02/13M PROJECT NAME: Pump Installation at the Lubbock Water Reclamation Plant DESCRIPTION OF WORK: A. Brown -McKee, Inc, (BMI) will construct an addition to the existing Motor Control Center Building located at Effluent Pumping Station No. 2, Southeast Water Reclamation Plant, Lubbock, Texas. The new addition will house the Motor Control, Pump Drive, and Transformer required to drive the additional pumps installed under this existing contract. The new addition will be as City of Lubbock Drawings and Specifications, including the following items: 1. BMI will remove and replace the existing sidewalk located north of the existing MCC Building. 2. BMI will remove the existing curb located at the north of the existing MCC Building and patch the existing pavement with a cold patch asphalt product. 3. BMI will relocate the existing roof drain located on the north side of the existing MCC Building to the east wall. The opening in the north wall will be closed with cement grout. 4. BMI will furnish an 8" thick concrete slab in lieu of the 12" slab as shown on the drawings. 5. The City Of Lubbock will be providing the Concrete Masonry Units, Foam Inserts, and the Stainless Steel Doors. BMI will use these provided materials for the construction of the building. 6. BMI is responsible for all other materials, supplies, labor, supervision, and other items necessary for a complete building. B. BMI will furnish and install the necessary 16" diameter CIS Pipe and fittings to tie the new 450 Horsepower Pump to the existing pipe header located at Effluent Pumping Station No. 1, Southeast Water Reclamation Plant, Lubbock, Texas. The following items will be excluded from the additional work outlined in this change order: 1. Any and all painting and/or painting preparation for the proposed exterior surface of the 16" pipe and fittings. 2. Furnishing and/or installing the electrical operator for the proposed 16" Valve. 3. Furnishing and/or installing any electric controls, supervisory controls, switches, conduit, or wiring for any required electrical installation. 4. Furnishing and/or installing air-conditioning unit, ductwork, or any work involved for the HVAC system. C. The addition of the work described in this change order will require the contract time to be extended 31 calendar days. The original contract was for 12 weeks. Page 1 of 2 C0#1 ITB#096-02/BM PUR-045 (Rev 12/01) ITEM DESCRIPTION AMOUNT A. ORIGINAL CONTRACT VALUE: $196,655.00 C. B. AMOUNT OF THIS CHANGE ORDER: Council approval required iPover $25,000 CPERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): s D. AMOUNT OF PREVIOUS CHANGE ORDERS: ' " E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $0.00 $44,536.00 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A):25%Max. , G. NEW CONTRACT AMOUNT (A+E): $241,191.00 This Change -Order is not valid without the following signatures CONTRACTOR / ROJE CHIT T/ENGINEER eg- OWNER'S REPRESENTATIVE V�e. reva t�k'o�� . -7 lal Victor Kilman, Purc sing Manager / —� Approve; pprove as to Form: 10 / William de Haas, Contract Manager/Attorney !ak C&l Bob Cass, City Manager —1—_L_ unange Orders over $2 00 require the following signatures: CITY 9f LUBBOCK /% ATTEST: 9117/02 9 /17 /02 i4tair, Ma f Rebecca Garza, City Secretary YI?AiZG /�C i4c. Page 2 of 2 CO#1 ITB#096-02/BM PUR-045 (Rev 12/01)